Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for Marine Turbocharger Overhaul and Maintenance

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048811
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
07 April 2025
Deadline date:
05 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CFL has the requirement to enter into Agreement with Supplier(s) that are suitably experienced and qualified in providing overhaul and maintenance services for marine turbochargers.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Telephone: +44 7974884681

E-mail: ruairidh.black@calmac.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.calmac.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for Marine Turbocharger Overhaul and Maintenance

II.1.2) Main CPV code

50241200

 

II.1.3) Type of contract

Services

II.1.4) Short description

CFL has the requirement to enter into Agreement with Supplier(s) that are suitably experienced and qualified in providing overhaul and maintenance services for marine turbochargers.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Man B&W, and Napier Systems

II.2.2) Additional CPV code(s)

34310000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

Napier 357

Napier 307

Napier NT1-100

MAN B&W TCR20 41105

MAN B&W TCR 22-4

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension option.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

ABB, and Brown, Boveri & CIE (BBC) Systems

II.2.2) Additional CPV code(s)

34310000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

ABB TPS57-F32

Brown Boveri & Cie VTR 251-P2

Brown Boveri & Cie VTR 304-11

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension options.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

KBB Systems

II.2.2) Additional CPV code(s)

34311000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

KBB Type R4-3

KBB Type R3-2

KBB ST4

KBB ST5

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension options.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Evidence of the following must be supplier during completion of the qualification (SPD) stage.

ISO 9001 quality assurance.

Environmental management.

Health and safety management.

OEM trained/qualified technicians.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Tenderers must confirm that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below, it should be noted that CFL will require copies of insurance certificates:

Professional Risk Indemnity: GBP 5m for each claim

Employer's (Compulsory) Liability: GBP 5m for each claim

Public Liability: GBP 5m for each claim

Product Liability: GBP 5m for each claim

Tenderers must provide ratios based on the previous full financial year.

1- Return on Capital Employed: must be at a ratio greater than “0”

2- Acid Test (Current Ratio): Current Ratio must be greater than “1”

3- Gearing: Gearing must be a figure of less than 100%

4- Interest Coverage: Interest Coverage must be a figure of 2 or above

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-024684

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/05/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 29/08/2025

IV.2.7) Conditions for opening of tenders

Date: 05/05/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This requirement will be re-tendered upon completion of all agreed periods.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28914. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:795183)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

03/04/2025

Coding

Commodity categories

ID Title Parent category
34311000 Engines Engines and engine parts
34310000 Engines and engine parts Parts and accessories for vehicles and their engines
50241200 Ferry repair services Repair and maintenance services of ships

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ruairidh.black@calmac.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.